Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

L -- Switchboard Cleaning and SSTG Repairs

Notice Date
11/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 242-2, BUILDING 242-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-5053
 
Response Due
11/27/2006
 
Archive Date
12/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Switchboard inspection/cleaning and SSTG repairs This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-07-T-5053, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 541330 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price sole source purchase order for the following: contract line item number (CLIN) 0001: clean and adjust the main and emergency switchboards; conduct a thermographic survey of all equipment that was worked on, survey to be conducted during the dock/sea trials and after the shipyard period at x-ray pier, replace three collector rings each on the No. 1 & 3 SSTG, replacement of the No. 2 SSTG Voltage regulator with ship?s spare, inspect and correct the No. 2 SSTG throttle steam inlet block valves linkages, and troubleshoot/repair the shorepower receptacles safety device and circuit. Required Period of Performance Dates: 26 Dec 06 to 25 Jan 06. Place of performance: Guam Shipyard. STATEMENT OF WORK: Switchboard Inspection and Cleaning and SSTG Repairs ITEM #301 1. Abstract: This work item describes the requirements to clean, inspect and repair the Main and Emergency electrical switchboards and Main switchboard exciters and accomplish ship's service turbogenerator (SSTG) repairs. 2. Total main and emergency switchboard component quantities: a. Forty nine (49), 400 amp circuit breakers. b. Five (5), 3000 amp circuit breakers. c. One (1), 600 amp circuit breaker. d. Four (4), reverse power relays. e. Thirty four (34), 100 amp frame circuit breakers. f. Eight (8), 400 amp circuit breakers. g. Twenty four (24), 100 amp circuit breakers. h. One (1), 800 amp circuit breaker. i. One (1), 600 amp circuit breaker. 3. Disconnect and lock/tag out ship?s power sources to the switchboards, with the aid of ship?s force. Prepare a listing of all tag-outs made and provide a copy to the MSCREP. Remove tags upon completion of work and deliver listing to the MSCREP. 4. Install filter pads to the switchboard vent openings to prevent dust and debris from entering the internals. Leave the filter pads in place through duration of work on this work item. Remove filters prior to dock trails. 5. Vacuum dirt and debris from all circuit breaker components, main switchboard exciters, and main and emergency switchboard internal parts. 6. Clean all internal components (breakers, switches and switchboard) using approved electrical cleaning solvent. Blow-dry with clean dry air. Do not use any type of solvent on exciters or voltage regulators. 7. Rack out, mechanically clean, test, and adjust circuit breakers and reverse power relays to manufacturer?s specifications and reinstall. 8. Inspect and clean main switchboard forced air fans. Submit an ?As Found? condition report. 9. Clean and tighten lugs and connections. Dress all contacts and tighten all bus bars, lug connections, terminals, relays, trips and contact points. Torque bus bars and lug connections to the specifications in NAVSEA Manual 0962-LP-012-1000 and 0962-LP-024-0010. Identify corroded fasteners and hardware requiring replacement. 10. Lubricate all operating mechanisms with Tech. Manual compliant lubricant. 11. Submit an ?As Found? condition report delineating all defects. 12. Clean the open deck area below the switchboard and apply one coat of red insulating varnish. 13. Prepare, prime and paint all new and disturbed areas to match surrounding areas with ship?s force provided paint. 14. Stand-by for a ship?s force operational test of all mechanisms in the presence of the MSCREP. 15. Replace three (GFM) collector rings each on the No. 1 & 3 SSTG. 16. Replace the No. 2 SSTG Voltage regulator with (GFM) ship?s spare. 17. Inspect and correct the No. 2 SSTG throttle steam inlet block valves linkages. 18. Troubleshoot and repair the shore power receptacles safety device and circuit. 19. Conduct a thermographic survey of all equipment that was worked on. Survey to be conducted during the dock/sea trials and after the shipyard period at X-ray pier. 20. Provide a preliminary trip report and brief the Chief Engineer and Port Engineer prior to leaving the vessel on all findings. Provide an electronic final type written report with required drawings forwarded to the Contracting Officer, Chief Engineer and the Port Engineer. marvin.lee@navy.mil cheng.concord@SMTPGW.msc.navy.mil 21. Provide a final electronic type written report to the Contracting Officer, Chief Engineer and the Port Engineer. The final report will include the following; a. All test memorandums with satisfactory results detailing required installation tests complete with accept reject criteria. 22. References: a. NAVSEA MANUAL 0962-LP-012-1000 SWITCHBOARD b. NAVSEA MANUAL 0962-LP-024-0010 SWITCHBOARD A. Required Documents: 1. Once awarded, the location of work performance may require the contractor to complete and return the forms specified below in (a) and (b); to certify to the requirement in (c); and provide proof of coverage as required in (d). Should award require provision of these documents and compliance with certification and citation, the contractor/vendor agrees that providing these completed forms or information, and submitting them is a condition of award. a. Area Clearance Form: For travel to areas outside CONUS. b. Contractor Letter of Identification (CLID?s): Expedites area access, and may reduce certain travel costs. c. Anti-Terror Training: Complete the training and have personnel going OCONUS certify to completion of the requisite training. d. Provide proof of insurance via ?Certificate of Insurance? if awarded the work. Submit proof of insurance, along with those other forms to the port engineer or other designated POC by email, fax or letter carrier. The minimum amount of coverage to ensure compliance with most local facilities, shipyards, ports, etc., is expected to be: 1) General Liability & Excess Liability - $5,000,000 2) USL&H (Workman?s Comp.) - $1,000,000 3) In some cases, the AWARDEE may be required to specify a shipyard, drydock facility, country, or other such entity as ?Additional Insured?. Should such be the case, MSC, PAC will provide the name of the company, shipyard, facility, etc. 4. The contractor shall provide, prior to arrival on-scene, a copy of those forms, documents, and or certifications itemized above to the port engineer, or other such MSC representative, in a timely manner, to allow for orderly delivery and distribution. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 27 Nov 06, 12:00 P. M. Offers can be emailed to douglas.jones3@navy.mil or faxed to 757-417-4640 Attn: Doug Jones.
 
Place of Performance
Address: GUAM SHIPYARD, GUAM,
Zip Code: 96915
Country: GUAM
 
Record
SN01182474-W 20061118/061116220944 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.